Tender

Termination of Pregnancy Service NHS Norfolk and Waveney ICB

  • NHS Norfolk & Waveney Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-025114

Procurement identifier (OCID): ocds-h6vhtk-04891f

Published 8 August 2024, 5:17pm



Section one: Contracting authority

one.1) Name and addresses

NHS Norfolk & Waveney Integrated Care Board

County Hall, Martineau Ln

Norwich

NR1 2DH

Email

david.bailey1@nhs.net

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

Buyer's address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Termination of Pregnancy Service NHS Norfolk and Waveney ICB

Reference number

NW2024-72

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Norfolk and Waveney ICB seek expressions of interest for the provision of a Termination of Pregnancy Service.

The aim of this service is to ensure that all women and people who are pregnant in Norfolk and Waveney have access to evidence-based, quality abortion advice and care in line with existing national guidance.

Core aims:

• To improving access
• To minimising waiting times with no unnecessary delay
• To give choice of procedure & location
• To ensuring privacy and convenience
• To reducing stigma
• To following evidence-based pathways that deliver safe and effective care

Patients can expect that:

All providers must be registered by the relevant independent healthcare regulators (CQC in England, HIW in Wales) and are accountable to them for delivery of care to Fundamental Standards (CQC) and Health and Care Standards (HIW).
Providers must ensure patients can receive the full range of services and must not “cherry-pick” cases so as to undermine local services. Where a provider does not provide a particular service within an ICS / Health Board area, the patient must be informed that they may need to travel to access this type of care and about all the alternative choices available locally.
Providers should act collaboratively to ensure care pathways are seamless, and always put the patient’s interests first by directing them to services that best fit their needs.


The proposed contract will be for a period of 3 years with the option to extend for an additional 2 years. The anticipated contract value is circa £1,800,000 per annum.

To apply for this opportunity please register via the Atamis e-sourcing portal https://health-family.force.com/s/Welcome. Project
C298776

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Norfolk and Waveney

two.2.4) Description of the procurement

Providers will offer a full range of abortion services, either themselves or in collaboration with other providers.

The pathway will include provision of:

• Direct access to the service via self-referral, without need for medical referral. Patients should not have any restrictions in their choice of provider and can opt for a service that is not the most local (e.g. to access lower waiting times, choice owing to a past good or poor experience, to receive care in a different location.

• Assessment by phone or video call or face-to-face according to preference, and treatment in a range of settings including in the community and through no-test telemedicine abortion where appropriate. If patients prefer a face-to face assessment, this should be available locally.

• Medical or surgical abortion up to 24 weeks’ gestation.

• For early medical abortion, to have the option of expulsion at home.

• Surgical abortion available at all gestations up to 24 weeks, with availability of local anaesthesia and conscious sedation.

• These choices should be available to all patient groups, including young people (i.e. under 18 and those aged under 25 in local authority care).

• Not all choices will be available at all locations, and travel may be necessary to access more complex care options (e.g. later gestation, general anaesthesia)

• Assessment within 1 week of the request

• Provide the abortion within 1 week of the assessment for women who decide to go ahead with an abortion.

• Gynaecology care, with more complex care (e.g. later gestations or co-morbidities) will be delivered by regional or, in the most complex cases, national centres.


The proposed contract will be for a period of 3 years with the option to extend for an additional 2 years. The anticipated annual contract value is circa £1,800.000 per annum

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 September 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 November 2024

four.2.7) Conditions for opening of tenders

Date

5 September 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Country

United Kingdom

Internet address

https://www.england.nhs.uk//